HomeMy WebLinkAboutO-2004-2717
REQUEST FOR CITY COUNCIL AGENDA ITEM
Requested By:
Aoorooriation
Source of Funds: General CIP Fund 015
Department:
Account Number:015-9892-876.11-00
Report:
Resolution:
Ordinance:
x
Amount Budgeted: $141,050.00
Exhibit 1:
Ordinance
Amount Requested: $37,749.00
Exhibit 2:
Contract Agreement with CivilTech
Budgeted Item: ~ NO
Exhibit 3:
Vicinity Map
Exhibit 4:
Preliminary Layout
SUMMARY & RECOMMENDATION
As part of the FY 2003-2004 Budget for Capital Improvement Projects, City Council approved $141,050.00 for the
Pond to Park - Phase I Construction! Additional Design. The Pond to Park Project consists primarily of the design
and conversion of the existing detention pond on Driftwood Drive to a park and recreation facility.
Surveying will be completed by City of La Porte personnel, design and engineering will be performed by CivilTech
Engineering, Inc. On April 7, 2004, the City received a revised proposal in-line with city expectations of design
phase services. The proposal was received in the amount of $37,749.00. The contract will be complete within 4-6
weeks once the contract is signed and the surveying data are delivered to the consultant.
Staff has reviewed the proposal submitted and determined proposal from CivilTech Engineering Inc. is within the
budgeted amount. CivilTech Engineering Inc. is well qualified to perform the work. Staff recommends that the City
Council authorize the City Manager to execute a contract with CivilTech Engineering Inc. for an amount not to
exceed $37,749.00 to facilitate design.
Action Reauired bv Council:
Consider approving a contract with CivilTech Engineering Inc. for an amount not to exceed $37,749.00 to facilitate
design.
Approved for City Council Aeenda
Debra Brooks Feazelle, City Manager
Date
ORDINANCE NO. 2004. ;)1 J 7
AN ORDINANCE APPROVING AND AUTHORIZING A CONTRACT
BETWEEN THE CITY OF LA PORTE AND CIVILTECH ENGINEERING,
INC. FOR DESIGN PHASE SERVICES OF THE DRIFTWOOD DRIVE
POND TO PARK PROJECT; APPROPRIATING AN AMOUNT NOT TO
EXCEED $37,749.00 TO FUND SAID CONTRACT; MAKING VARIOUS
FINDINGS AND PROVISIONS RELATING TO THE SUBJECT; FINDING
COMPLIANCE WITH THE OPEN MEETINGS LAW; PROVIDING AN
EFFECTIVE DATE HEREOF.
BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF LA
PORTE:
Section 1. The City Council hereby approves and authorizes the
contract, agreement, or other undertaking described in the title of this
ordinance, in substantially the form as shown in the document which is
attached hereto and incorporated herein by this reference. The City
Manager is hereby authorized to execute such document and all related
documents on behalf of the City of La Porte. The City Secretary is hereby
authorized to attest to all such signatures and to affix the seal of the City
to all such documents. City Council appropriates the sum of $37,749.00
from Capital Improvement Fund 015 to fund said contract.
Section 2. The City Council officially finds, determines, recites,
and declares that a sufficient written notice of the date, hour, place and
subject of this meeting of the City Council was posted at a place
convenient to the public at the City Hall of the City for the time required
by law preceding this meeting, as required by the Open Meetings Law,
Chapter 551, Texas Government Code; and that this meeting has been
ORDINANCE NO. 2004- ~l , 1
open to the public as required by law at all times during which this
ordinance and the subject matter thereof has been discussed, considered
and formally acted upon. The City Council further ratifies, approves and
confirms such written notice and the contents and posting thereof.
Section 3. This Ordinance shall be effective from and after its
passage and approval, and it is so ordered.
PASSED AND APPROVED, this April 26, 2004
CITY OF LA PORTE
~
Mayor
ATTEST:
1JlF!a, Jiudl
Mar ha Gillett,
City Secretary
CiVllT e~h
Engineering, Inc.
Civil Eng;neering
Water Resouroes
Transporlation
Structures
Economic Analysis
April 7, 2004
Mr. John Joems
Assistant City Manager
City of La Porte
604 West Fairmont Parkway
La Porte, Texas 77571
Re: Pond to Park Design-Revised Proposal
Dear Mr. Joems:
In accordance with my discussion with you on April 6, 2004, and at the meeting with Nick
Finan, Stephen Barr and Robert Cummings on February 18, 2004, CivilTech Engineering, Inc.,
is pleased to present this revised proposal to provide professional engineering services for the
above referenced project. This proposal may serve as a Letter Agreement between the City of La
Porte, hereinafter referred to as the "Client", and CivilTech Engineering, Inc., hereinafter
referred to as the "Consultant". A General Terms of Agreement is attached hereto as Exhibit A
and made part of this Agreement.
This Letter Agreement presents the background, scope of work, compensation, and schedule to
perform the outlined services.
Background
The Client wishes to convert an existing residential detention facility into a public park/detention
facility that allows use by the general public and preserves the existing detention capability of
the pond. The detention facility is located near the intersection of Fairmont Parkway and
Driftwood Road. A feasibility study was completed by CivilTech Engineering last year and a
final conceptual plan was submitted to the City of La Porte on March 28, 2003. The City is
interested in a design that generally follows the conceptual plan and allows the improvements to
be constructed in phases with basic features constructed first and enhancements constructed at a
later date (see attached Preliminary Opinion of Probable Construction Cost). However, the city
requested that engineering fees for the basic park package and the engineering fees for the
enhancements be listed as separate line items, if possible.
It is our recommendation that all construction activities and/or features that involve excavation,
fill and grading of the detention basin surface that will impact the detention capacity and the
park's ability to function as a detention facility must be included in the basic park package. This
~20029/contractslPands to Park Design ProposaI.do<:
H-'on 11821 Tellle Road. CvDreSS. Texas 77429 . Tel: 281.304-0200 . Fax: 281.304-0210
Mr. John Joems
April 7, 2004
Page 2 of6
includes the excavation of the pond area, the fill associated with the viewing platform, the
vertical wall and footing required to support the viewing platform, the grading of the remaining
basin area and the installation of the I8-inch culverts and 48-inch outfall structure. After final
grading, the surface must be stabilized by revegetation, either by sodding or hydro mulching. We
would also recommend that the 4-inch water line be installed at this time to avoid future
excavation of the revegetated surface. The pipe can be installed as part of the basic package, but
the wet connection to the exiting waterline can be done as part of a later construction phase.
Although the elevated viewing platform and associated retaining wall should be included in the
basic park package, the pave stones for the viewing platform surface can be easily added in a
later phase. During the interim, it is recommended that the surface be revegetated by sodding or
hydromulching. Please refer to the attached Exhibit C for a detailed listing of basic park design
features and enhanced park features to be included at a later date.
In addition, the City desires to investigate the cause of frequent flooding at several intersections
along Driftwood Drive along the western boundary of the project and to design improvements to
facilitate drainage into the proposed pond in order to alleviate the drainage problems. It is our
understanding that the City of La Porte will provide the landscaping plants and materials for the
landscaping needs of the park. In addition, it is our understanding that the City will identify a
landscape architect/water feature designer to aid in the design ofthe pond.
Scope of Work
Services to be provided by this firm would consist of the following:
1. Site Visits, Coordination and Meetings: Visit site and attend meetings with client,
governing agencies including the City of La Porte, Harris County Flood Control District,
Harris County and utility companies as needed for coordination during the design phase
and plan preparation.
2. Topographic Survey: It is our understanding that the City of La Porte will provide a
topographic survey of all existing surface features and top of ground elevations at 100
foot intervals of the detention basin site. In addition, they will provide top of curb and top
of pavement elevations for the section of Driftwood fronting the existing detention basin
and the section of Springwood Drive fronting the reserve to facilitate the drainage
analysis of Driftwood.
3. Geotechnical Investigation - Provide a geotechnical investigation of the site to determine
suitability of existing soil conditions for construction of the amenity pond. Provide
recommendations for an appropriate liner should existing soil conditions prove
inadequate to properly retain water for the pond.
4. Site Design: Provide plan view drawing(s) of the geometric layout for construction of the
park with site features located as required (inc1. 4-inch waterline). Provide full dimension
controls for the pond, viewing platform, retaining wall, trails, picnic area, parking lot
(inc1. striping), and other misc. improvements. Obtain all required approvals from the
City of La Porte, Harris County and Harris County Flood Control District, as required.
Mr. Jolm Joems
April 7, 2004
Page 3 016
5. Site Drainage - Provide plan view drawing(s) of required grading and drainage features
to facilitate sheet flow of site to proposed pond.
6. Detention: Provide terrain modeling of proposed surface of the park to determine the
available detention volume to ensure that planned improvements do not reduce existing
detention capacity or function of detention basin.
7. Driftwood Drainage AnalysisIDesign - Investigate reported drainage problems and
determine if drainage improvements can be constructed to relieve ponding and facilitate
draining to detention basin. Include capacity analysis of the existing outfall from the
detention basin to the Harris County Flood Control Channel.
8. Structural Design - Provide design and associated details for the retaining wall associated
with the proposed viewing platform and pond. Coordinate with manufacturer of structural
blocks used for construction of retaining wall.
9. Provide Storm Water Pollution Prevention Plan for sediment control during construction.
10. Provide project manual including all specifications (in CSI format) and bid documents
with line items for all work described in the construction documents. Provide an
engineering opinion of probable construction cost.
11. Secure approvals of City of La Porte, Harris County, Harris County Flood Control as
required.
It is our understanding that the City of La Porte will contract with a Landscape Architect on
landscaping, pond enhancements, waterfall design and site lighting layout, details and
specifications.
For purposes of clarity, the following is a list of services that are not considered part of the scope
of work:
A. Acquisition of permits.
B. Topographic surveys or boundary maps.
C. Environmental site assessments or wetlands determinations.
D. Landscaping plans or details.
E. Design of trench safety systems or traffic control plans.
F. Irrigation plans or specifications.
G. Major revisions to drawings necessitated by changes required by Client after substantial
completion of the plans.
Compensation
Compensation for the above-described scope of work will be based our Hourly Rate Schedule as
provided in Exhibit B and the man hour & fee estimate as provided in the attached Exhibit C.
Mr. John Joems
April 7, 2004
Page 4 of6
As requested, we added provisions for a drainage analysis of drainage problems/rectification on
Driftwood ($4,330). In addition, we have included a proposal from Geotech Engineering &
Testing for the soils investigation ($3,404).
The engineering fees for the design, plans and specifications for the design of the basic park
package totals $23,575. The engineering fees associated with the drainage analysis and
improvements on Driftwood total $4,330. The engineering fees associated with the
improvements above the base package including the design of the retaining wall, parking lot and
waterline totals $5,980. Taken altogether, the total fees, including the fees for the geotechnical
soils investigation, and an estimated $460 for expenses total $37,749 (see attached man hour and
fee spreadsheet for details). The work shall be done on an hourly basis and will not exceed this
amount without prior authorization from the Client. Invoices will be submitted monthly and will
be due upon receipt.
Schedule
We understand that time is of the essence on this project. We estimate that it will take
approximately four (4) to (6) weeks to complete the above-described work and produce the
design plans and specifications for the basic park package once we receive the completed
topographic survey from the City. Upon receipt of the executed letter agreement, we will
immediately authorize the geotechnical engineer to proceed.
We appreciate the opportunity to submit this proposal for your consideration and look forward to
working with you on this important project.
Respectively submitted,
CIVIL TECH ENGINEERING, INc.
ACCEPTED BY:
~d~ f)~
Michael D. Lacy, P.E.
Vice President
Type or Print Name
Tt:f:Joc-fro. k fYl tt -hpYl QIlc(Y
4.~~. 0</
Date
Mr. John Jooms
April 7, 2004
Page5of6
CivilTech
Engineering, Inc.
EXHIBIT "A"
GENERAL TERMS OF AGREEMENT
1. This document will serve as a Contract for the proposed professional services.
2. The proposal is valid for a period of 60 days, after which the Consultant reserves the right to
review and revise the estimated fee, time schedule, and other terms specified herein.
3. This Contract is not assignahle except with the prior written consent of the Consultant and no
assignment shall relieve the undersigned of any obligations under this Contract.
4. The undersigned agrees to pay the Consultant for work performed in accord with the terms of
this Contract, without regard to the success of the project.
5. Payment to the Consultant is expressly not conditioned upon the undersigned receiving any
payment from third parties who are not a party to this Contract, such as other property
owners, developers, or funding agencies.
6. The individual executing this Contract, if acting on behalf of a partnership, corporation, or
funding agency, represents that helshe bas the authority to do so.
7. Where public hearings/meetings are involved, a minimum of two weeks' notice to the
Consultant is required for proper preparation including appropriate graphics and other visual
aids.
8. The Client or Consultant may terminate this Agreement at any time by notice in writing. The
Client shall pay the Consultant the prescribed compensation for the services actually
performed under this Agreement, less such payments on account of the charges as have been
previously made.
9. Accounts rendered are due and payable upon receipt of invoice.
10. Interest is presumed to be applicable to all unpaid accounts beginning 30 days after you
receive the invoice, at an interest rate of 1.5 percent compounded monthly.
11. In the event that the client defaults in making payments pursuant to this contract, the client
shall be responsible for all of the Consultant's collection costs, including reasonable
attorney's fees.
Mr. John Joems
April 7, 1004
Page 60f6
CivilTech
Engineering, Inc.
EXHIBIT "B"
2004 STANDARD RATE SCHEDULE
Classification
Rate/Dr
Principal Officer.......... ........ .............. ............ ....... ................. .................. ......................... $225 .00
Principal Engineer................ ................ ........... ................................ .............. ................... $170.00
Principal Associate ... ....... .... ................. ............. ...... .............. ..... ... ................ ................... $150.00
Senior Project Manager................. .................................................................................... $140.00
Project Manager.. ...................... ........ ............................. ................. ........................ ......... $130.00
Senior Project Engineer .......... ................. ............ ................... ............... ........................... $120.00
Senior Associate............ ............. ............................ ............ ...................... ........................ $11 0.00
Project Engineer........................................ ....................................................................... $100.00
Associate......... ..................... .......... ...... .................................. ................... .... ................... $95.00
Assistant Engineer ..... ...... ....... ...... ...... ............... ......... ................... ................................... $85 .00
Principal Design Technician.............................. ............................................................... $11 0.00
Senior Design Technician .... ......... ....... ................................ ............................................. $95 .00
Design Technician............................. .......... ..................................................................... $75.00
CADD Operator......... ............ .................. ........................................................................ $65 .00
Administrative........................................... ....................................................................... $67.00
Clerical................................. ............. ....................... .............. .......................................... $56.00
1) Rates include compensation, benefits, overhead and fee.
2) Travel, reproductions, telephone, supplies and other direct project expenses at cost plus 10 percent.
3) For appearance at formal hearings or court testimony, the above rates are to be increased by 50
percent.
4) Fees are payable in U.S. Dollars without discount.
CITY OF LA PORTE
POND TO PARK DESIGN PHASE SERVICES
EXHIBIT C
BAS/C SERVICES MANHOUR AND FEE ESnMATE
TASK
NO.
DESCRIPTION
POND TO PARK BASIC DESIGN - DWGS & TASKS
ESTIMATE OF REQUIRED DRAWINGS FOR BASIC BID PACKAGE
PROJECT TITLE SHEET; VICINITY MAP; INDEX OF DRAWINGS
SITE PREPARATION 8. CONSTRUCTION NOTES
PlAN- DIMENSioNED CONTROL, uTn:'ny AND PAVING PLAN
PL.AN - GRADING & DRAINAGE . ....
DRII:TWOOD IMPROVEMENTS ~ PL.AN & PROFILE
CROSS:SECTioNS. ..
PA\I.EMENT, (;URB, &. DRIVEWAY DETAILS
STORM ~EWE.R& WATER LINE DETAILS
RETAINING WALL, FOOTING & DETAILS
'EXCAVATI()N;BEDDING & BACKFILL DETAILS
SWPPP PLAN
SWPPP & REVi:GET ATION DETAIL~
TOTAL NO. DWGS FOR BASIC BID PACKAGE
1
2
3
4
5
6
7
B
9
10
11
12
DESIGN/MANAGEMENT ACTIVITIES - BASIC PARK PACKAGE
13 COORDI~TIO~l:\ItEW ~EETING13 (3 Meetings TotaO
14' SltE:VlSIT~Ec:O!'lNASSAINCE (? TC)jaO. .....
15 SiTE DESIGNlGEOMETRlc;S()F ~~SI~. PARK LAYOUT
16 SITE DRAINAGElSHEE;TFLOW DE~IGN .....
17 TERJV.INlIAODELlNGNERIFICATION OF DETENTION CAPACITY
1B... QAlQC ...
19..... APPROVALS...... .
20 PROJECT MANUALF()R BASIC BID p....CI<AGe.W/SPEC'S
21 CAlCULATE QUANTITIES & PRODUCE BID DOCUMENTS
TOTAL DESIGNlMGMT HRSlFEES FOR BASIC BID PACKAGE
ESTIMATED
PLAN SHEET
REQUIREMENTS
QNTY
1
1
1
1
1
1
1
1
1
1
1
1
SCALE
NIA
N1A
1"=40'
1''=40'
1 ";2CliI1 ''=2'
1 "=20'11 ''=2'
VARIES
VARIES
VARIES
VARiES
1"=100'
VARIES
SHTS
NIA
NIA
N1A
N1A
NIA
N1A
N1A
N1A
NIA
22
23
24
DESIGN/MANAGEMENT ACTIVITIES - PHASED IMPROVEMENTS ABOVE BASE PACKAGE
N1A
N/A
N1A
1 MH 34.00
1 MH 40.00
1 MH 24.00
SUBTOTAL DESIGN MH'S
SITE DESIGNlGEOMETRICSOF PARKING LOT & WATERLINE 1
DRIFTWOoD DRAINAGE ANALYSIS 1
RETA.INiNGWAi..L STRUCTURAi.. DESIGN 1
TOTAL DESIGNlMGMTTASKS 12
TOTAL ESTIMATED MANHOURSIFEES
OTHER DIRECT COSTS:
GEOTECHNICAL
OTHER DIRECT COST TOTAL
$
$
3,404.00
3,404.00
server2:12002l220029.001P0nd to Park Design.ManhrsFee Est_Rev 4-7 -04.x1s
12
1
1
1
1
1
1
1
1
1
CIVILTECH ENGINEERING, INC.
CEI PROJECT NO. 220029.00
BASIS OF
MANHOUR
ESTIMATE
TOTAL TOTAL MANHOURS PER WORK TASK BY STAFF CLASSIFICATION TOTAL
MH'S PER PRINC SENIOR PROJ ASST SENR CADD ADMIN MH'S PER
UNIT OF ENGR ENGR ENGR ENGR TECH TECH WORK
WORK
QNTY
1
1
1
1
1
1
1
1
1
1
1
1
UNIT
SHTS
SHTS
SHTS
SHTS
SHTS
SHTS
SHTS
SHTS
SHTS
SHTS
SHTS
SHTS
SUBTOTAL DWG MHS
1
1
1
1
1
1
1
1
1
Page 1 of 1
$170.00 $150.00 $100.00
5.00
10.00
20.00
20.00
2B.00
1B.00
6.00
4.00
B.OO
4.00
4.00
4.00
MH
MH
MH
MH
MH
MH
MH
MH
MH
14.00
10.00
22.00
24.00
12.00
4.00
6.00
14.00
1B.00
0.00
0'-00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.60
0.00
0.00
o
2.00
0.00
0.00
2.00
0.00
2.00
0:00
0.00
0.00
8
6.00
2.00
4.00
4.00
2.00
2.00
2.0Cl
2.00
4.00
28
2.00
4.00
2.00
8
14
46
0.00
0.00
0.00
0.00
2.0Cl
0.00
0.00
0.00
0.00
0.00
0:00'
0.00
2
10
4.00
B.OO
4.00
16
$B5.00
0.00
2.00
2.00
2.00
4.0Cl
0.00
0.00
0.00
0.00
0.00
0.00
0.00
35
0.00
4.00
8.00
B.OO
10.00
0.00
2.00
4.00
6.00
42
6.00
4.00
10.00
10.00
0.00
0.00
2.00
8.00
8.00
48
$75.00
1.00
4.00
4.00
4.00
6.00
4.00
iClCl
2.ClO
4.00
2.00
1.00
1.00
34
$65.00 $67.00
0.00
2.00
6.00
6.00
B.DCl
6.00
2.00
0.00
2.00
O.OCl
1.00
1.00
4.00
2.00
8.00
8.00
8.00
B.OCl
2.00
2.00
2.06
2.0Cl
2.90
2.00
50
5.00 $
10.00 $
20:00 $
20.06 $
2B.ClO $
18:00 $
6.00 $
4.00 $
B.ClO $
4.00 $
4.00 $
4.00 $
o
131
10.00
10.00
B.OO
28
to.OO
10.00
10.00
30
0.00
0.00
0.00
0.00
0.00
0.00
0:00
0.00
0.00
o
B.OO
8.(lO
0.00
16
0.00
0.06
0.00
0.00
0.00
0.00
0.00
0.00
0:00
o
14.00 $
10.00 $
22.00 $
24.00 $
12.00 $
4.00 $
6.60 $
14.00 $
0.00 18:00$
o 124 $
0.00
0.00
0.00
o
o
34.00 $
40.00 $
24.00 $
98 $
353 1$
80
113 I 50 I 50 r 0
TOTAL DESIGN FEES: $
EXPENSES (Printing, mileage, etc.) $
TOTAL ADDITIONAL SERVICES FEES: $
TOTAL DESIGN PHASE FEES . , . . . . . .. $
01-Apr-04
TOTAL
COST PER
WORK
345.00
B20.00
1,510.00
1,510.00
2,330.00
1,310.00
450.00
300.00
620.00
309.00
290.00
290.00
$
10,075.00
1,750.00
1,040.00
2;250.00
2,590.00
1,300.00
640.00
670.00
1,380.00
1.B80.0Cl
13,500.00
3,390.00
4,330:00
2,590.00
10,310.00
33,885.00
33,885.00
460.00
3,404.00
37,749.00
t
N.T.S.
ci
It:
0
~
0 '"
z
DEER PARK ::> Iii! :!:
I NORTH "L" sr. :i
iii MORGAN'S
I POINT
NORTH "H" sr.
ci
It:
"- /' VI
AIRPORT z
w z
/ " VI
<( ~ 6
z I
w
0 i
<( II
(/) ~ II!
<(
a..
~ ci
It:
CD ..J
..J
L5 w
~
~ Q.
DETENTION POND ~ GALVESTON
BAY
SHOREACRES
II
,
/
f
"
LOCATION MAP
Not to Scale
i----------------
I
I
I
I
I
I
I
I
,
I
I
,
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
1"....!'ote'e~ote"'J~"'\JJNJ$'\CiItADJNCi I"LIIN-nNM..DYO
-.J'-
')
1I
"", , ~
~ ;; -L.--J
-1- -~~.,~ "
! 1--'N0~
~..., ,If ~
\ ~l Ii
\ Ix i I'
'-- 'J i
1.- 'I'
i= I
I
li(n\ I
I :~I ~n
II
\ :.
I :.
j : I
I
I
I
: I
ffil
i lei
: I
: I
"
"
~
m
":1
!i
i~
;i
I
i
1
\
I il
\ i~ : I
~i'
/* I') -m~
E E
~ Ii
~I .I~ Ii
...
I C3ao
! ~i~ grJ
5 j-
i~ m;s ~~J
B .: .
. ~si
~
I . I
I ;
,
L_
i
I
~ ~
l.~
f'.~
"-J
:''-,)
(~."
,-)i
r<\
(.Ai
'''-""
",,--
''''~'"."",
:"0
f"-J
"',
~
;~- . Ii
II I I ~
ii ~
I Pir
~ ~la5
- a :~
011
~I
~
:)
i in I
d: i
I: !I_
5 a ~
~ R-
~ 5
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
,
-j
I
I
I
I
I
I
I
I
I
___.J